Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOURCES SOUGHT

B -- Chemical Analytical Services for Multi-Media, Multi-Concentration Dioxin (DLM 02.X) and PCB Congeners (CBC01.X)

Notice Date
9/12/2008
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
PR-HQ-08-12472
 
Response Due
9/26/2008
 
Archive Date
9/25/2009
 
Point of Contact
EVIA RODRIGUEZ, Contract Specialist, Phone: 202-564-0890 , E-Mail: rodriguez.evia@epa.gov<br />
 
Small Business Set-Aside
N/A
 
Description
Modification 00 - Posted on September 11, 2008General Information Document Type: Sources Sought NoticeSolicitation Number: PR-HQ-08-12472Posted Date: September 11, 2008Original Response Date: September 26, 2008Current Response Date: October 8, 2008Original Archive Date: N/ACurrent Archive Date: N/AStandard Industrial Classification (SIC) Code: 8734 -- Testing LaboratoriesNorth American Industry Classification System (NAICS) Code: 541380 -- Testing Laboratories Contracting Office Address: U.S. Environmental Protection Agency, Ariel Rios Building (3805R), 1200 Pennsylvania Avenue NW, Washington, D.C. 20460 Description This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled Veteran-Owned, Veteran-Owned Small Business, Women-Owned Small Business, HubZone 8(a), 8(a), HubZone, Small Business, Emerging Small Business, Small Disadvantage Business (SDB), and Large Business) relative to NAICS code 541380 (size standard of $5.0M). Responses to this request for information synopsis will be used by the government to make appropriate Acquisition decisions. Responses to this sources sought notice shall NEITHER constitute responses to solicitation which is not currently available NOR a request to be added to a prospective bidders list to receive a copy of the solicitation. The decision to solicit for a contract shall be solely the Government's discretion. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any government assessments. No awards will be issued as a result of this solicitation announcement. However, the information received will be utilized to assist in formulating the strategy for competitive procurements. The U.S. Environmental Protection Agency, hereafter referred to as USEPA, is seeking information from potential contractors to provide multi-media, multi-concentration dioxin/furan analytical services. The analytical data will be used in support of the investigation and clean-up activities under the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA) and the Superfund Amendments and Reauthorization Act of 1986 (SARA). Other USEPA Program Offices, as well as customers outside the Agency, that have similar analytical data needs also use this service. BackgroundThe dioxin/furan analytical service provides a contractual framework for laboratories to apply USEPA analytical methods for the isolation, detection, and quantitative measurement of 17 2,3,7,8-substituted tetra through octachlorinated dibenzo-p-dioxins (CDDs) and chlorinated dibenzofurans (CDFs) in water, soil, sediment, sludge, tissue (no human tissue), ash, oil, and oily matrices. The analytical service provides the methods to be used and the specific contractual requirements by which the Government will evaluate the data. This service uses a High Resolution Gas Chromatography/High Resolution Mass Spectrometry (HRGC/HRMS) method to analyze the target compounds. This analytical service provides data used for a variety of purposes such as: determining the nature and extent of contamination at a hazardous waste site; assessing priorities for response based on risks to human health and the environment; determining appropriate clean-up actions; and determining when remedial actions are complete. The data may be used in all stages in the investigation of hazardous waste sites, including: site inspections; Hazard Ranking System (HRS) scoring; remedial investigation/feasibility studies; remedial design; treat ability studies; and removal actions. In addition, this service provides data that are available for use in Superfund enforcement/litigation activities. The Contractor must be aware of the importance of maintaining the integrity of the data generated under this contract, since it is used to make major decisions regarding public health and environmental welfare. Sources interested in this notice shall submit the following information: 1. Company name, address, point of contact, cage code, size of business pursuant to NAICS. In addition interested parties shall submit responses to the following questions: (1) is your business a large or small business? (2) If small, does your firm qualify as a Small, Emergent Business, or a Small, Disadvantaged Business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under section 8(a) of the small business act? (4) Is your firm a certified "Hub Zone" firm? (5) Is your firm a Woman-Owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned and Veteran-Owned? Interested parties should also provide a list of references, capabilities and experience in conducting similar projects for the past 3 years. This is not a request for proposals or request for quotes and in no way obligates the government to award any contract. This notice is being used to obtain information for planning purposes and the Government does not presently intend to award a contract at this time. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps (https://www.fbo.gov) and on the USEPA Acquisition Management site (http://www.epa.gov). It is the offeror's responsibility to monitor the Internet site for the release of any synopsis or solicitation and amendments, if any. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. Responses to this notice shall be submitted by e-mail addressed to Rodriguez.Evia@epa.gov. All responses must be received no later than 3:30 PM. Local time on September 26, 2008. Telephone responses will not be accepted. Firms responding to this announcement, which fail to provide all of the required information, cannot be used to help the government make the acquisition decisions, which is the intent of this synopsis. This notice is to help the USEPA in determining potential sources only. No solicitation is currently available. All firms responding to this request for information notice are advised that their response to this notice is not a request to be considered for a contract award.Set-aside code: N/APlace of performance:U.S. Environmental Protection Agency1200 Pennsylvania Avenue NWWashington, D.C. 20460USAContact: Evia Rodriguez, Contract Specialist, 202-564-0890 Link To Documents: FedBizOpps (https://www.fbo.gov); USEPA Acquisition Management site (http://www.epa.gov/oamsrpod/lasc/0812472/index.htm) Statement of Work for Analysis of Chlorinated Dibenzo-P-Dioxins (CDDs), and Chlorinated Dibenzofurans (CDFs) DLM02.01.Exhibit A: Summary of Requirements2.Exhibit B: Reporting and Deliverables Requirements3.Exhibit C: Target Compound List (TCL) and Contract Required Quantitation Limits (CRQLs) for Chlorinated Dibenzo-P-Dioxins (CDDs), and Chlorinated Dibenzofurans (CDFs)4.Exhibit D: Analytical Methods for Chlorinated Dibenzo-P-Dioxins (CDDs), and Chlorinated Dibenzofurans (CDFs)5.Exhibit E: Quality Assurance/Quality Control (QA/QC) Procedures and Requirements6.Exhibit F: Chain-of-Custody, Document Control, and Written Standard Operating Procedures (SOPs)7.Exhibit G: Glossary of Terms8.Exhibit H: Data Dictionary and Format for Data Deliverables in Computer-Readable Format Statement of Work for Analysis of Chlorinated Biphenyl (CB) Congeners CBC01.01.Exhibit B: Reporting and Deliverables Requirements2.Exhibit C: Target Compound List (TCL) and Contract Required Quantitation Limits (CRQLs) for Chlorinated Biphenyl (CB) Congeners3.Exhibit D: Analytical Method for Chlorinated Biphenyl (CB) Congeners4.Exhibit E: Quality Assurance/Quality Control (QA/QC) Procedures and Requirements5.Exhibit F: Chain-of-Custody, Document Control, and Written Standard Operating Procedures (SOPs)6.Exhibit G: Glossary of Terms7.Exhibit H: Data Dictionary and Format for Data Deliverables in Computer-Readable Format Email: Contract Specialist (Rodriguez.Evia@epa.gov) Updated on 2008/09/11 STATUS REPORTDate Released: Thursday, September 11, 2008Source: FedBizOpps, USEPA Acquisition Management
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5a24cc7b5bf70e089f286dce52306ce1&tab=core&_cview=1)
 
Record
SN01668631-W 20080914/080912221409-5a24cc7b5bf70e089f286dce52306ce1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.